Tender

Socioeconomic Consultancy Services to Support Capital Projects in Essex

  • Essex County Council

F02: Contract notice

Notice identifier: 2024/S 000-004369

Procurement identifier (OCID): ocds-h6vhtk-0438b0

Published 9 February 2024, 10:26am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Mr Daniel Gaimster

Email

Daniel.Gaimster@essex.gov.uk

Telephone

+44 3330322446

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Socioeconomic Consultancy Services to Support Capital Projects in Essex

Reference number

DN689564

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

Essex has an opportunity to achieve transformational change for residents and businesses by “crowding in” capital investment from the public and private sectors.

Within this context, the Council needs to be assured that its resources are focused on the right areas and actions across the county to achieve the best outcomes for residents and businesses and provide the best value for money for taxpayers. This requires business cases based on robust socioeconomic research and analysis, economic appraisal and monitoring and evaluation.

ECC’s Sustainable Growth Directorate is seeking a single consultant to provide up to £450,000+VAT of socioeconomic services to support capital projects that deliver the priorities identified in the Everyone’s Essex plan.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Essex has an opportunity to achieve transformational change for residents and businesses by “crowding in” capital investment from the public and private sectors.

Within this context, the Council needs to be assured that its resources are focused on the right areas and actions across the county to achieve the best outcomes for residents and businesses and provide the best value for money for taxpayers. This requires business cases based on robust socioeconomic research and analysis, economic appraisal and monitoring and evaluation.

ECC’s Sustainable Growth Directorate is seeking a single consultant to provide up to £450,000+VAT of socioeconomic services to support capital projects that deliver the priorities identified in the Everyone’s Essex plan.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £450,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

In relation to conditions for participation section III of the notice, the stated selection criteria is as stated in the procurement documentation.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In relation to conditions for participation section III of the notice, the stated selection criteria is as stated in the procurement documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

In relation to conditions for participation section III of the notice, the stated selection criteria is as stated in the procurement documentation.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 March 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 March 2024

Local time

12:00pm

Place

Via ProContract.

Information about authorised persons and opening procedure

The commercial officer will conduct the opening process via the functionality within the Council's e-sourcing portal, ProContract. No postal responses or any submissions which are issued outside the electronic portal will be accepted.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Candidates are welcome to bid for either single or multiple lots of this procurement. Candidates are advised this procurement will be conducted via the Council's e-tendering portal, ProContract, which can be accessed via the following website:

https://procontract.due-north.com/Login

Please register for a user account to gain access to the procurement documentation for this opportunity. The Council envisages that this procurement will be published on the aforementioned esourcing portal on Friday 9th 2024 . However, the Council reserves the right to postpone the publication in order to ensure suitable assurance that the tender documents are fit for purpose. Once the procurement is published a corresponding advertisement will be available via the Council's e-tendering portal, ProContract to enable prospective bidders to access, view and respond to this opportunity.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom